SOLICITATION NOTICE
70 -- Spectra Logic Brand Name Virtual Tape Library Upgrade - Statement of Work
- Notice Date
- 9/11/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334112
— Computer Storage Device Manufacturing
- Contracting Office
- Department of Transportation, Research and Innovative Technology Administration, Volpe National Transportation Systems Center, 55 Broadway, Kendall Square, Cambridge, Massachusetts, 02142-1093
- ZIP Code
- 02142-1093
- Solicitation Number
- DTRT57-10-R-20043
- Archive Date
- 12/10/2010
- Point of Contact
- Rachelle Dorleans, Phone: 617-494-2136
- E-Mail Address
-
rachelle.dorleans@dot.gov
(rachelle.dorleans@dot.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Statement of Work for Solicitation # DTRT57-10-R-20043 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; no written solicitation will be issued. Solicitation No. DTRT57-10-R-20043 is issued as a Request for Proposal (RFP). This solicitation is being conducted in accordance with FAR Part 13.5, Test Program for Certain Commercial Items, and Part 15, Contracting by Negotiation. This solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular 2005-43 dated August 2, 2010(includes 2005-44, 08 July 2010). The NAICS Code is 334112 Computer Storage Device Manufacturing and the Small Business size standard is 1,000 employees. This solicitation is a Total Small Business set-aside. The U.S. Department of Transportation, Research and Innovative Technology Administration, John A. Volpe National Transportation Systems Center (Volpe Center), Cambridge, MA, is seeking to purchase Spectra Logic Brand Name Virtual Tape Library. This is an upgrade to the Volpe Center's existing Virtual Tape Library. The Government intends to award a Firm Fixed-Price Contract on a competitive basis for this requirement. This Request for Proposal is a solicitation expected to result in a single award, subject to receipt of an acceptable offer. Award will be made to the lowest price technically acceptable Offer. Proposals shall include technical qualifications and pricing for the following item in a written quotation: CLIN 0001A- Spectra logic- FRU, 10TB Disk Kit w/Blade, nTier Vx (DeDupe), Part # 90999658 in accordance with the statement of work( Attachment 1), Quantity 4 each, $__________unit price, Line item Total $___________; CLIN 0001B- Spectra Logic Deduplication Software License, nTier700, vX with 1 Blade Part # 90998045 in accordance with the attached statement of work, Quantity 4 each, NO COST; CLIN 0001C- Spectra Logic- Replication Software License, nTier700 vX with 1 Blade Part # 9099805 in accordance with the attached statement of work, Quantity 4 each, $______unit price, Line item Total $_____________; CLIN 0001D- Spectra Logic- FRU, Power Supply, nTier700,Part # 90999634 in accordance with the attached statement of work, Quantity 2 each, $______unit price, Line item Total $_____________; CLIN 0002- Spectra Logic- SpectraGuard Next Business Day service, nTier Deduplication Vx with 4 Blades.Next Business Day delivery of parts and 5x9 existing support contract with telephone/email support (Co-Terminated to 1-31-2011 per existing support contract) Part #ND-STD-40-12, Quantity 2 each, $______unit price, Line item Total $_____________; CLIN 0003-Spectra Logic- SpectraGuard, Replication Software Support, 40TB, nTier 700(Co-Terminated to 1-31-2011 per existing support contract) Part #: 90990505, Quantity 2 each, $______unit price, Line item Total $_________; CLIN 0004-Spectra Logic- Onsite Installation/Integration Service, nTier Part # 90990505, Quantity 2 each, $________unit price, Line Item Total $________; CLIN 0005- Professional Services (on site consulting) : Recover to tape existing backup data and reformat current Ntier storage device Part #90940505 in accordance with the statement of work, Quantity 64 hours, $_______unit price, Line Item Total $_________. Grand Total of Line Item 0001-0005 $___________. EVALUATION OF OFFERS: FAR Provision 52.212-2, Evaluation-Commercial Items (JAN 1999) is hereby incorporated by reference. Technical capability of the supply and service offered to meet the Government's requirement is more important than price. The Government intends to evaluate proposals and award a firm fixed price contract in accordance with the SOW, Attachment 1. Award will be made to the responsive and responsible Offeror who will provide the lowest technical acceptable offer to the Government based on the Technical Proposal (i.e., technical qualifications) and Price. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. It is the Government's intent to award a firm fixed price contract based upon initial offers without entering into discussion or negotiations (except clarifications as described in FAR 15.306(a)). Therefore, the Offeror's initial proposal should contain the Offeror's best terms from a price standpoint, reflecting ANY AVAILABLE DISCOUNTS. PRICE -The Government will evaluate proposals based on the total price proposed for CLIN 0001 through CLIN 0005. ORDER OF IMPORTANCE-Technical qualification is more important than price in the selection of an Offeror for award. Not withstanding this fact, Offeror's are cautioned not to minimize the importance of the price proposal. The winning proposal will be based on the following selection criteria, listed in descending order of importance: 1. Technical Qualifications Evaluation Criteria The Offeror's Technical Proposal will be evaluated in accordance with the criteria described below. a. Spectra Logic (OEM) New Parts. Only new Spectra Logic OEM Parts are allowed and no substitutions will be permitted. Offerors shall submit a bill of Materials List of all OEM Parts. b. A fully certified Spectra Logic technician with a minimum of two years experienced must be identified in the proposal and provided for the purpose of performing the following functions onsite: a. Installing and configuring the new Spectra Logic hardware (see SOW, page 2). b. Performing data migration and integration services (see SOW, pages 2-3). c. Contractor will submit a performance plan showing how it will meet the 30 day (after award) delivery requirement. 2. Total Lowest proposed price Instructions to Offerors: FAR Provision 52.212-1, Instructions to Offerors -Commercial Items (JUN 2008) is hereby incorporated by reference. All responsible sources may submit their proposal which shall be considered by the Agency. Written proposals shall include a technical description of the item being offered in sufficient detail to evaluate compliance with the requirements of the solicitation. NOTE: All contractors must be registered in the Central Contractor Registration (CCR) in order to receive an award from the Government. The Offeror's signed offer shall be prepared as either a PDF or Microsoft Word file document and submitted electronically via email to rachelle.dorleans@dot.gov to arrive no later than 3pm Eastern, Wednesday September 15, 2010. Proposals submitted via facsimile or U.S. Mail are not authorized and late responses will not be considered. The Government will not pay for any information received. Solicitation Provisions: All Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (AUG 2009) must be submitted with the offer, an offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete paragraphs (c) through (m) of this provision. FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items (June 2010), is hereby incorporated by reference. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JULY 2010), is hereby incorporated by reference, additional clauses cited in 52.212-5 that apply to this acquisition are: 52.203-6, 52.203-13, 52.219-6, 52.219-14,52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-1, 52.232-18, and 52.232-33. Subparagraph (u) is hereby added in full text as an Addendum to 52.212-4 to read as follows: "(u) CONTRACTOR POLICY TO BAN TEXT MESSAGING WHILE DRIVING a) Definitions. The following definitions are intended to be consistent with the definitions in DOT Order 3902.10 and the E.O. For clarification purposes, they may expand upon the definitions in the E.O. "Driving"¬---- (1) Means operating a motor vehicle on a roadway, including while temporarily stationary because of traffic, a traffic light, stop sign, or otherwise. (2) It does not include being in your vehicle (with or without the motor running) in a location off the roadway where it is safe and legal to remain stationary. "Text messaging" means reading from or entering data into any handheld or other electronic device, including for the purpose of short message service texting, e-mailing, instant messaging, obtaining navigational information, or engaging in any other form of electronic data retrieval or electronic data communication. (See definition in DOT Order 3902.10) (b) In accordance with Executive Order 13513, Federal Leadership on Reducing Text Messaging While Driving, October 1, 2009, and DOT Order 3902.10, Text Messaging While Driving, December 30, 2009, contractors and subcontractors are encouraged to: (1) Adopt and enforce workplace safety policies to decrease crashes caused by distracted drivers including policies to ban text messaging while driving- (i) Company-owned or -rented vehicles or Government-owned, leased or rented vehicles; or (ii) Privately-owned vehicles when on official Government business or when performing any work for or on behalf of the Government. (2) Conduct workplace safety initiatives in a manner commensurate with the size of the business, such as¬--- (i) Establishment of new rules and programs or re-evaluation of existing programs to prohibit text messaging while driving; and (ii) Education, awareness, and other outreach to employees about the safety risks associated with texting while driving. (c) Subcontracts. The Contractor shall insert the substance of this clause, including this paragraph (c), in all subcontracts that exceed the micro-purchase threshold, other than subcontracts for the acquisition of commercially available off-the-shelf items. (End of clause) " Attention: The following notice is provided for informational purposes for Minority, Women-Owned and Disadvantaged Business Enterprises. The Department of Transportation (DOT), Short-Term Lending Program (STLP) offers working capital financing in the form of lines of credit to finance accounts receivable for transportation related contracts. Maximum line of credit is $750,000 with interest at the prime rate. For further information, call (800) 532-1169. Internet address: http://osdbuweb.dot.gov. Any document(s) related to this procurement will be available on the Internet; these documents will be available on a WWW server, which may be accessed using Web browsers. The WWW address, or URL, of the Volpe Center Acquisition Management Division home page is: http://www.volpe.dot.gov/procure/index.html. Telephone request will not be honored. For information concerning the acquisition, contact the contracting official above.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/RITA/VNTSC/DTRT57-10-R-20043/listing.html)
- Place of Performance
- Address: US DOT/RITA/Volpe National Transportation Systems Center, 55 Broadway, Cambridge, Massachusetts, 02142, United States
- Zip Code: 02142
- Zip Code: 02142
- Record
- SN02278234-W 20100913/100911233810-b245c1e46cdb6640550ad3e2f8b3aaeb (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |